HomeMy WebLinkAbout Bid Information and Packets50 /SG
a
6z/2O aL/
• Y_L f 9» Y i ,1/P 7-a r)
V
/ 9 - / /_inn
-7/v //1/41rl7 3''t rs°QK
IY -441 7 11n
JU�Li 0 o a UlJU1r
0 ®o OOM 0 ®0
II
CI'T'Y O -ARVIEL
JAMES 13122V NARI), MANOR
LETTER OF TRANSMITTAL
Date: December 19, 2012
To Sandy Johnson
Clerk Treasurers Office
From Gary Duncan
Assistant City Engineer
Dept. of Engineering
RE: Bid Packet for Project #11 -07 River Road Culvert over Elizabeth
Warren Ditch Replacement Project
Sandy, enclosed please find 6 (six) bids for Project #11 -07.
Contractor Base Bid Alternate Bid #1
Gerig- Ottenweller Contracting $659,671.00 $103,091.25
Calumet Civil Contractors $691,313.10 $146,936.90
Crider & Crider $711,648.50 $ 98,290.51
Rieth -Riley Construction $777,831.00 $113,324.00
Atlas Excavating, Inc. $784,495.00 $ 78,312.00
Hoosier Pride Excavating, Inc. $873,167.40 $176,627.99
DEi'AR'i iENr ii ISnaISIIRING
ONE Civic SQUARE. CAi lr:l.. IN 46032 Oimicc 31737121,i I FAN 317.5712139
cngincrring .t arnml.in go'
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Cannel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be filly and accurately filled in and completed and notarized.
Project: Project No. 11 -07 —River Road Culvert Replacement over
Elizabeth Warren Drain
Proposal For Construction of :
Date:
Remove and Replace three sided culvert over Elizabeth
Warren Drain.
December 19, 2012
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -1
PART I
BIDDER INFORMATION
Print
1.1 Bidder Name: Gerig - Ottenweller Contracting, LLC.
1.2 Bidder Address: Street Address: 3010 Independence Drive
City: Ft. Wayne State: IN
Zip: 46808
Phone: 260- 484 -9183 Fax: 260- 484 -9187
1.3 Bidder is a/an [mark one]
Individual
X Partnership Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or, joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dared January 23, 1958]
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
4 Indiana Registered Agent:
Name:
Address:
BID -2
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus,
materials, equipment, service and other necessary supplies, and to perform and fulfill all
obligations incident thereto in strict accordance with and within the time(s) provided by the terms
and conditions of the Contract Documents for the above described Work and Project, including
any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3
hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,
total:
Base Bid: 5 1 ,e bu•ntl r e 1 P; G e i nbn e. Ti uthwn13
($(13 Colt. °0).
*se-MA -1 ane. deUasS
hvn�rKt2 Dollars 1
r " . ere. Ctn1S
Alternate Bid #1: One hunt%rr 1141 a Witt. St.A3 nine_ U ne_ Doliar_ 4 }wean {'t
Z emFS
($ 163 toed , as)
2.2 General
The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base
and selected Alternate Bids.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base
Bid alone, for the Base Bid plus Alternate Bid #1.
The - Bidder further- acknowledges_ that -the_ unit _quantities - listed -in- P-art-3-of- this - Proposal -are
estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding.
The Bidder further understands that all Work which may result on the Contract shall be
compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not
guarantee the amount or quantity of any item of Work to be performed or furnished under the
Contract.
BID-3
•
•
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Project No. 11 -07 - River Road Culvert Replacement Over Elizabeth Warren Drain
BASE BID
Prices in Figures
Contract
Estimated
Unit
Total Price
Item No.
Item
E,,,,,•.
Unit
Price
For Item
1
Construction Engineering
I
LS
$' _ 0
2
Mobilization and Demobilization
I
LS
.636i ecO. co
$ 3( 000- '
3
Third Party Agency Testing
I
LS
13)000. cc
$ , oco,
4
Maintaining Traffic
I
LS
COMM
$ a. cowl -
5
Con -S an Bridge System
I
LS
$ • o
. _
6
Precast Concrete Footing
I
LS
$1 " pto-
7
Cast -in -Place Concrete Footing
I
LS
MAW
$ - coo - °
8
Dewatering
I
LS
• r•
$j0 Ce0 -C'
9
Temporary Pumparound
I
EACH
0 ow. no
$ 3. 0c.6 - ea
10
Clearing Right of Way
I
LS
-U —oc. ear)
$ l w w -
I I
Guardrail, Remove
256
LFT
C ,t3o
12
Existing Concrete Culvert and
Associated Foundations, Remove
I
LS
(I pOp,
t
$ tt{ Li4•
1
13
Riprap, Remove
I
LS
''5.500
EIMIZii
14
Asphalt, Remove
220
SYS
- IS . 00
$ 3 3cc - '
15
Tree and Vegetation, Remove
I
LS
s
•♦ .w
16
Sign and Post, Remove
6
EACH
106 • coo
$ • , O •
17
17
Sign and Post, Remove and Re-
install`
EACH
o0
$
18
Excavation, Common
1350
CYS
di • 00
$ q Ore- •
19
Excavation, Waterwa
550
CYS
0 , 06
$(, 050 - c'
20
Excavation, Foundation,
Unclassified
650
CYS
�i. dp
$ �l� 0
21
Linear Ditch Grading
158
LFT
t 1. 00
$ litO(e - •
22
Compacted Aggregate, 53, Base
0
TONS
3 t4 oo
$ -
23
Saw Cut, Asphalt
68
LFT
0 3 , 5 0
24
Milling, As halt, 2 Inch
560
SYS
et t0 . OC
$ S 6,00-
25 H
HMA Bituminous Surface, Type 8
80 T
TONS '
' o
o
26 T
HMA Bituminous, Intermediate,
55 T
TONS 1
1i3 dG
27 H
HMA Bituminous Base, Type 7
75 T
TONS .
.0i oC S
S O
28 H
Handrail 1
197 L
LFT t
t VI 00 $
$ 35.066
29 F
Filter Fabric 5
530 S
SYS 1
11,E . so
30 R
Riprap, Class I 7
720 T
TONS 1
13 311, o O $
$ at; (A- u
31 S
Seed Mixture, R (170 lbs per acre) 1
100 L
LBS c
X35.00 $
cc
32 F
Fertilizer 3
300 L
LBS i
ik I • 0 0 $
$ 3c0 - ` '
33 R
Re- spread Topsoil 1
1 L
LS B
B a pip. a $
$ a cm - ,1
34 E
Erosion Control Blanket 2
2300 S
SYS b
b 1, -IS
35 C
Concrete Washout I
I E
EACH 6
6 '15b,00 $
$ .-.1s O
36 T
Temporary Ditch Inlet Protection 0
0 E
EACH 1
1 7O_ '
37 T
Temporary Silt Fence 4
475 L
LFT 3
3 - 0 0 $
$ 1 qas - "`
38 M
Mobilization and Demobilization 1
1 E
EACH 1
15d , 0 $
$ 1 so
39 B
Bicycle and Diagonal Arrow Sign 2
2 E
EACH i
ii 5o0. 00 $
$ 1, 000 -o
40 C
Construction Sign, Type A 8
8 E
EACH •
• NO: O: e t) $
$ 1 1 a o-
41 C
Construction Sign, Type C 8
8 E
EACH '
''ti atm•ao $
$ '000-
42 S
43 D
Detour Route Marker Assembly 2
24 E
EACH i
it SO : DC) $
$ 3 (000- ";
44 R
Road Closure Sign Assembly 8
8 E
EACH A
A 110 00
45 4
4 Inch White Epoxy Line with 5
560 L
LFT 1
1%' J• is 6
46 4
4 Inch Yellow Epoxy Line with 5
560 L
LFT e
es O «
«'
47 L
Left Curve Warning Sign and Post 1
1 E
EACH V
Vi St>0 • "C' $
$ Soo -c)c)
48 E
End School Zone Sign and Post l
l E
EACH >
> °r(> �' $
$ Soo -
49 B
Bicycle Warning Sign, Diagonal 2
2 E
EACH C
Cb $
$ C
50 B
Bicycle Warning Sign and Post I
I E
EACH ,
, et $
$ (a CO - •
Total for River Road Over Elizabeth Warren Drain
$ (O 51
ALTERNATE BID #1
0
0
•
17 Type "C ", 19mm 115 TONS I 0 b $ �45
18 Street Cut Repair 181 LFT 6' O. 00 $ its •ay0-
19 Depressed Curb 42 LFT 1$53-°C) $ a t 00 - ell
20 Curb Transition 84 LFT S o o $
21 Filter Fabric 470 SYS 1�a_SO
22 Seed Mixture, R (170 lbs per acre) 50 LBS U 3s. o O $ 0 t 1] 5- 0
23 Fertilizer 200 LBS P , 0-O $ acOO -
24 Re- spread Topsoil 1 LS 1$ • a ., e, $a-000 - G
25 Erosion Control Blanket 525 SYS .� 1,15
26 Temporary Inlet Protection 3 EACH S $00 , °G $ ?y cot,_
27 Temporary Silt Fence 800 LFT 6 3 . o b $ 00- ' a
28 Pipe, 12 Inch, RCP, Including 8 LFT 1Q ae, , 00 $ (o 43
Backfill
Prices in Figures
Contract E
Estimated U
Unit T
Total Price
Item No. I
Item U
Unit P
Price F
For Item
1 C
Construction Engineering 1
1 L
LS ►
► $
$ a 000 - •
2 T
Third Party Agency Testing 1
1 L
LS i
it . O0 ,C10 $
$ a 030 -
I
3 M
Maintaining Traffic 1
1 L
LS 0
0 00 • or' $
$ 000 - o
4 A
Asphalt, Remove 6
62 S
SYS U
U , °O $
$ i Q40 - G I:
5 i
Sign and Post, Remove and Re- a
1 E
EACH ,
,j¢SOa• (16 $
a
6 E
Excavation, Common 4
475 C
CYS '
'$ 8.0c. $
$ 3. $00-
7 L
Linear Ditch Grading 7
732 L
LFT 0
0 5. o o $
$ 3 GGio_ G'
8 C
Compacted Aggregate, 53, Base 2
240 T
TONS i
ii, ay'. c3 0 $
$ i� ow -
9 S
Saw Cut, Asphalt 1
181 L
LFT $
$ 3 ,c0'0,
fl'
10 A
Accessible Ramp with Detectable 7
7 E
EACH :
. c'r' $
$ 5;6 LSO -0
II l 1
12 Inch White Thermoplastic Line 1
144 L
LFT f
:8:7
f� L, - O'
12 1
18 Inch White Thermoplastic Stop 1
12 L
LFT 4
4 g • np $
$ y G. 0 C)
13 8
8 Inch Yellow Cross Hatch 1
1 L
LS S
S t : coo , '' $
$ ..• 00 -
14 C
Concrete Sidewalk 9
90 S
SYS I
II GO, . oV $
$ 5 siCO - "
15 C
Concrete Modified Roll Curb 5
54 L
LFT 1
111 LS. CO $
$ 3 SI6 - "
16 H
HMA Bituminous Surface, Type 4
40 T
TONS S
S Wq . °0 $
$ Si 760 -°
HMA Bituminous, Intermediate, �
�, n
n •
29
Pipe, 6 Inch, Double Wall
Perforated HDPE
729
LFT
(, - 0 6
+
$ y,,31
30
Aggregate for Underdrains
65
CYS
W 36,00
$ 00-
31
4' Diameter Manhole with Casting
I
EACH
oa aso 00
tio
$ aSC -
32
Snout
1
EACH
• pp.°
$4 : -Cp -'V
33
Construction Sign, Type A
2
EACH
W t.l0,
$ ep - •
34
Construction Sign, Type C
2
EACH
4. -s . °°
$ 5Gd -
35
School Advance Crossing
Assembly and Post
1
EACH
0 t O, °U
0
oc
1{�
36
School Crossing Signage
Assembly and Post
2
EACH
14Ob. oo
°c
$ Ei�O
Total for River Road Over Elizabeth Warren Drain
Carmel Project No. 11 -07
- $ i o 3 , c5 k , a5 -
6
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 12/04/12
1(3,13-1a,
� �
3 17- /r1 /12_
BID -8
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non - responsive.
5.3 Exceptions:
BID -9
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelope.
Company:
Calumet Civil Contractors, Inc.
4898 Fieldstone Drive
Whitestown, IN 46075
Project Name:
No. 11 -07:
River Road Culvert
Replacement over
Date Submitted:
December 19,
izaset
2012
arren Drain
Base Bid
Amount:
$691,313.10
Local Preference Law
I am claiming Local Preference (Circle One)
(All required documentation to be provided with bid proposal)
NO
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This fotmn shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: Project No. 11 -07 —River Road Culvert Replacement over
Elizabeth Warren Drain
Proposal For Construction of :
Remove and Replace three sided culvert over Elizabeth
Warren Drain.
Date: December 19, 2012
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -1
PART I
BIDDER INFORMATION
[Print)
Bidder Name: Calumet Civil Contractors, Inc.
1.2 Bidder Address:
Street Address: 4898 Fieldstone Drive
City: Whitestown
Phone:
State:
317 -769 -1900
IN
Fax:
1.3 Bidder is a /an Nark one]
Individual Partnership
Foreign (Out of State) Corporation; State:
Joint Venture Other
Zip:
46075
317- 769 -7424
X Indiana Corporation
1.4 %The following must he answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated Jammu), 23, 1958.]
1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
2.1
2.2
PART 2
BID PROPOSAL
Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus,
materials, equipment, service and other necessary supplies, and to perform and fulfill all
obligations incident thereto in strict accordance with and within the time(s) provided by the terms
and conditions of the Contract Documents for the above described Work and Project, including
any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3
hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,
total:
Base Bid: Six Hundred Ninety One Thousand Three Hundred Thirteen Anal ten cents
liouars
(S 691,313.10
Alternate Bid #1: One
as 146,937.90
Hundred Forty Six Thousand Nine Hundred ThirtmAad.sand ninety cents
6,
General
The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base
and selected Alternate Bids.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base
Bid alone, for the Base Bid plus Alternate Bid #1.
The Bidder further acknowledges that the unit quantities listed in Part 3 of this Proposal are
estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding.
The Bidder further understands that all Work which may result on the Contract shall be
compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not
guarantee the amount or quantity of any item of Work to be performed or furnished under the
Contract.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Project No. 11 -07 - River Road Culvert Replacement Over Elizabeth Warren Drain
BASE BID
Prices in Figures
Contract
Estimated
Unit
Total Price
Item No.
Item
EME
Unit
Price
For Item
1
Construction Engineering
1
LS
$ 4,000.00
$ 4,000.00
2
Mobilization and Demobilization
1
LS
$ 40,000.00
$ 40,000.00
3
Third Part A • enc Testin •
1
LS
$ 1,000.00
$ 1,000.00
4
Maintainin; Traffic
1
LS
$ 7,000.00
$ 7,000.00
5
Con -S.an Bride S 'stem
1
LS
$ 260,000.00
$ 260,000.00
6
Precast Concrete Footin_
1
LS
$ 118,000.00
$ 118,000.00
7
Cast -in -Place Concrete Footin:
1
LS
$ 15,000.00
$ 15,000.00
8
Dewaterin_
1
LS
$ 25,000.00
$ 25,000.00
9
Tem•ora Pum.around
1
EACH
$ 1,000.00
$ 1,000.00
10
Clearin_ Ri_ht of Wa
1
LS
$ 22,000.00
$ 22,000.00
11
Guardrail, Remove
256
LFT
$ 5.00
$ 1,280.00
12
Existing Concrete Culvert and
Associated Foundations, Remove
1
LS
$ 10,000.00
$ 10,000.00
13
Ri.ra•, Remove
1
LS
$ 5,000.00
$ 5,000.00
14
As shalt, Remove
220
SYS
$ 12.00
$ 2,640.00
15
Tree and Ve_etation, Remove
1
LS
$ 500.00
$ 500.00
16
Si: and Post, Remove
6
EACH
$ 120.00
$ 720.00
17
17
Sign and Post, Remove and Re-
install
EACH
$ 500.00
$
18
Excavation, Common
1350
CYS
$ 32.00
$ 43,200.00
19
Excavation, Waterwa
550
CYS
$ 28.00
$ 15,400.00
20
Excavation, Foundation,
Unclassified
650
CYS
$ 15.00
$ 9,750.00
21
Linear Ditch Gradin •
158
LFT
$ 25.00
$ 3,950.00
22
Com.acted A__ e•ate, 53, Base
0
TONS
$ 50.00
$ -
23
Saw Cut, As shalt
68
LFT
$ 2.00
$ 136.00
24
Millin•,As shalt, 2Inch
560
SYS
$ 5.00
$ 2,800.00
25
HMA Bituminous Surface, Type
"C ", 9.5mm
80
TONS
$ 100.00
$ 8,000.00
26
HMA Bituminous, Intermediate,
T • e "C ", 19mm
55
TONS
$ 80.00
$ 4,400.00
27
HMA Bituminous Base, Type
"C ", 25mm
75
TONS
$ 90.00
$ 6,750.00
28
Handrail
197
LFT
$ 170.00
$ 33,490.00
29
Filter Fabric
530
SYS
$ 4.00
$ 2,120.00
30
Ri•ra•, Class I
720
TONS
$ 38.00
$ 27,360.00
31
Seed Mixture, R (170 lbs per acre)
100
LBS
$ 20.00
$ 2,000.00
32
Fertilizer
300
LBS
$ 0.20
$ 60.00
33
Re- s•readTo•soil
1
LS
$ 1,500.00
$ 1,500.00
34
Erosion Control Blanket
2300
SYS
$ 1.85
$ 4,255.00
35
Concrete Washout
1
EACH
$ 350.00
$ 350.00
36
Tem•ora Ditch Inlet Protection
0
EACH
$ 100.00
37
Tem•ora Silt Fence
475
LFT
$ 2.50
$ 1,187.50
38
Mobilization and Demobilization
for Seedin
1
EACH
$ 500.00
$ 500.00
39
Bicycle and Diagonal Arrow Sign
and Post
2
EACH
$ 210.00
$ 420.00
40
Construction Si_ , T •e A
8
EACH
$ 111.00
$ 888.00
41
Construction Sign, Type C
Standard Barricade, T •e II1A
8
100
EACH
LFT
$ 225.00
$ 10.00
$ 1,800.00
$ 1,000.00
42
43
Detour Route Marker Assembl
24
EACH
$ 109.00
$ 2,616.00
44
Road Closure Sian Assembl
8
EACH
$ 145.00
$ 1,160.00
45
4 Inch White Epoxy Line with
Reflective Glass Beads
560
LFT
$ 1.88
$ 1,052.80
46
4 Inch Yellow Epoxy Line with
Reflective Glass Beads
560
LFT
$ 1.88
$ 1,052.80
47
Left Curve Warning Sign and Post
1
EACH
$ 185.00
$ 185.00
48
End School Zone Si ,/ and Post
1
EACH
$ 185.00
$ 185.00
49
Bicycle Warning Sign, Diagonal
Arrow and Post
2
EACH
$ 210.00
$ 420.00
50
Bic cle Warnin• Si: and Post
1
EACH
$ 185.00
$ 185.00
Total for River Road Over Elizabeth Warren Drain
Carmel Project No. 11-07
. $ 691,313.10
ALTERNATE BID #1
Prices in Figures
Contract
Estimated
Unit
Total Price
Item No.
Item Unit
Price
For Item
1
Construction Engineering
I
LS
$ 625.00
$ 625.00
2
Third Part A_enc Testin,
1
LS
$ 1,000.00
$ 1,000.00
3
Maintainin_ Traffic
1
LS
$ 12,400.00
$ 12,400.00
4
As•halt, Remove
62
SYS
$ 12.00
$ 744.00
5
5
Sign and Post, Remove and Re-
install
EACH
$ 250.00
$ 250.00
6
Excavation, Common
475
CYS
$ 58.00
$ 27,550.00
7
Linear Ditch Gradin:
732
LFT
$ 25.00
$ 18,300.00
8
Com'acted A_a elate, 53, Base
240
TONS
$ 30.00
$ 7,200.00
9
Saw Cut, As.halt
181
LFT
$ 5.00
$ 905.00
10
Accessible Ramp with Detectable
Warnin_ Stri .e
7
EACH
$ 800.00
$ 5,600.00
11
12 Inch White Thermoplastic Line
with Reflective Glass Beads
144
LFT
$ 5.60
$ 806.40
12
18 Inch White Thermoplastic Stop
Bar with Reflective Glass Beads
12
LFT
$ 11.00
$ 132.00
13
8 Inch Yellow Cross Hatch
1
LS
$ 1,288.00
$ 1,288.00
14
Concrete Sidewalk
90
SYS
$ 89.14
$ 8,022.60
15
Concrete Modified Roll Curb
54
LFT
$ 103.41
$ 5,584.14
16
HMA Bituminous Surface, Type
"C ", 9.5mm
40
TONS
$ 120.00
$ 4,800.00
17
HMA Bituminous, Intermediate,
T .e "C ", 19mm
115
TONS
$ 120.00
$ 13 800.00
18
Street Cut Re.air
181
LFT
$ 24.00
$ 4,344.00
19
De.ressed Curb
42
LFT
$ 37.00
$ 1,554.00
20
Curb Transition
84
LFT
$ 38.00
$ 3,192.00
21
Filter Fabric
470
SYS
$ 4.00
$ 1,880.00
22
Seed Mixture, R (170 lbs per acre)
50
LBS
$ 20.00
$ 1,000.00
23
Fertilizer
200
LBS
$ 0.20
$ 40.00
24
Re- s.read To 'soil
1
LS
$ 2,500.00
$ 2,500.00
25
Erosion Control Blanket
525
SYS
$ 1.85
$ 971.25
26
Tern.orary Inlet Protection
3
EACH
$ 200.00
$ 600.00
27
800
LFT
$ 2.50
$ 2,000.00
Tern ora Silt Fence
28
Pipe, 12 Inch, RCP, Including
Backfill
8
LFT
$ 145.86
$ 1,166.88
29
Pipe, 6 Inch, Double Wall
Perforated HDPE
729
LFT
$ 15.00
$ 10,935.00
30
A• • e:ate for Underdrains
65
CYS
$ 50.00
$ 3,250.00
31
4' Diameter Manhole with
Castin_
1
EACH
$ 2,492.63
$ 2,492.63
32
Snout
1
EACH
$ 777.00
$ 777.00
33
Construction Sian, T se A
2
EACH
$ 111.00
$ 222.00
34
Construction Si_ , T C
2
EACH
$ 225.00
$ 450.00
35
School Advance Crossing
Assembl and Post
1
EACH
$ I85.00
$ 185.00
36
School Crossing Signage
Assembl and Post
2
EACH
$ 185.00
$ 370.00
Total for River Road Over Elizabeth Warren Drain
Carmel Project No. 11 -07
. $ 146,936.90
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 December 4, 2012
2 December 12, 2012
3 December 17, 2012
BID -8
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall,fillly state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5? Bidder is cautioned that any exception taken by Bidder and deemed by O6iNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non - responsive.
5.3 Exceptions:
None
BID -9
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized
Project: Project No. 11 -07 —River Road Culvert Replacement over
Elizabeth Warren Drain
Proposal For Construction of :
Date:
Remove and Replace three sided culvert over Elizabeth
Warren Drain.
December 19, 2012
To: City of Carmel, Indiana, Board of Public Works and Safety
BID-1
1.1 Bidder Name:
1.2 Bidder Address:
PART .1
BIDDER INFORMATION
(Print)
Street Address: 1900 S. Liberty Drive
City: Bloomingtorstate: IN
Zip: 47403
Phone: 812- 336 -4452 Fax: 812- 333 -1434
1.3 Bidder is alan_[mark one]
Individual
Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
Crider & Crider, Inc.
2 Address: 1900 S. Liberty Drive
.3 Date registered with State of Indiana: 12/18/1992
.4 Indiana Registered Agent:
Name:
Address:
BID-2
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus,
materials, equipment, service and other necessary supplies, and to perform and fulfill all
obligations incident thereto in strict accordance with and within the time(s) provided by the terms
and conditions of the Contract Documents for the above described Work and Project, including
any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3
hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,
total:
Base Bid: -5E k) lit/Nr ) 'PLC V&\1 51% AA S4 Reef -E A' 5Z
Dollars
(S ).
St
Alternate Bid #1: forxrt- Eef-nlost4) i iLimosS3) Val loo Dollars
($ £S Z.°Y?.s1 ).
2.2 General
The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base
and selected Alternate Bids.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base
Bid alone, for the Base Bid plus Alternate Bid #1.
The Bidder further acknowledges that the unit quantities listed in Part 3 of this Proposal are
estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding.
The Bidder further understands that all Work which may result on the Contract shall be
compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not
guarantee the amount or quantity of any item of Work to be performed or furnished under the
Contract.
B1D -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Project No. 11 -07 - River Road Culvert Replacement Over Elizabeth Warren Drain
BASE BID
Prices in Figures
Contract
Estimated
Unit
Total Price
Item No.
Item
Quantity
Unit
Price
For Item
1
Construction Engineering
1
LS
$10,000.00
$ 10,000.00
2
Mobilization and Demobilization
1
LS
$25,000.00
$ 25,000.00
3
Third Party A>ency Testin_
1
LS
$2,500.00
$ 2,500.00
4
Maintaining Traffic
1
LS
$5,000.00
$ 5,000.00
5
Con -Sian Bridge System
1
LS
$295,000.00
$ 295,000.00
6
Precast Concrete Footin_
l
LS
$150,000.00
$ 150,000.00
7
Cast -in -Place Concrete Footing
1
LS
$15,000.00
$ 15,000.00
8
Dewateririg
1
LS
$5,000.00
$ 5,000.00
9
Tern orary Pum around
1
EACH
$2,450.00
$ 2,450.00
10
Clearing Right of Wa ,
1
LS
$5,000.00
$ 5,000.00
11
Guardrail, Remove
256
LFT
$5.00
$ 1,280.00
12
Existing Concrete Culvert and
Associated Foundations, Remove
1
LS
$10,000.00
$ 10,000.00
13
Ri ras, Remove
1
LS
$1,500.00
$ 1,500.00
14
As halt, Remove
220
SYS
$6.00
$ 1,320.00
15
Tree and Vegetation, Remove
1
LS
$25,000.00
$ 25,000.00
16
Si_ and Post, Remove
6
EACH
$50.00
$ 300.00
17
Sign and Post, Remove and Re -
install
0
EACH
$250.00
$
18
Excavation, Common
1,350
CYS
$12.50
$ 16,875.00
19
Excavation, Waterway
550
CYS
$15.00
$ 8,250.00
20
Excavation, Foundation,
Unclassified
650
CYS
$17.50
$ 11,375.00
21
Linear Ditch Grading
158
LFT
$7.50
$ 1,185.00
22
Com'acted Aggregate, 53, Base
0
TONS
$25.00
$ -
23
Saw Cut, As halt
68
LFT
$7.50
$ 510.00
24
Milling, As halt, 2 Inch
560.
SYS
$10.00
$ 5,600.00
25
HMA Bituminous Surface, Type
C,9.5mm
80
TONS
$103.00
$ 8,240.00
26
HMA Bituminous. Intermediate,
T se "C ". 19mm
55
TONS
$100.00
$ 5,500.00
27
HMA Bituminous Base, Type
"C ". 25mm
75
TONS
$98.00
$ 7,350.00
28
Handrail
197
LFT
$170.00
$ 33,490.00
29
Filter Fabric
530
SYS
$3.00
$ 1,590.00
30
Ri rap. Class I
720
TONS
$50.00
$ 36,000.00
31
Seed Mixture, R (170 lbs per acre)
100
LBS
$20.00
$ 2,000.00
32
Fertilizer
300
LBS
$0.20
$ 60.00
33
Re- spread To )soil
1
LS
$2,440.00
$ 2,440.00
34
Erosion Control Blanket
2,300
SYS
$1.85
$ 4,255.00
35
Concrete Washout
1
EACH
$1,000.00
$ 1,000.00
36
Temporary Ditch Inlet Protection
0
EACH
$250.00
37
Tern orary Silt Fence
475
LFT
$2.50
$ 1,187.50
38
Mobilization and Demobilization
for Seedin.
1
EACH
$500.00
$ 500.00
39
Bicycle and Diagonal Arrow Sign
and Post
2
EACH
$210.00
$ 420.00
40
Construction Sign, Type A
8
EACH
$125.00
$ 1,000.00
41
Construction Sign, Type C
Standard Barricade, Ty e IIIA
8
100
EACH
LFT
$135.00
$ 1,080.00
$ 1,200.00
42
$12.00
43
Detour Route Marker Assembly
24
EACH
$89.00
$ 2,136.00
44
Road Closure Si >n Assembly
8
EACH
$245.00
$ 1,960.00
45
4 Inch White Epoxy Line with
Reflective Glass Beads
560
LET
$1.00
$ 560.00
46
4 Inch Yellow Epoxy Line with
Reflective Glass Beads
560
LFT
$1.00
$ 560.00
47
Left Curve Warning Sign and Post
1
EACH
$185.00
$ 185.00
48
End School Zone Sign and Post
1
EACH
$185.00
$ 185.00
49
Bicycle Warning Sign, Diagonal
Arrow and Post
2
EACH
$210.00
$ 420.00
50
Bicycle Warnin Sign and Post
1
EACH
$185.00
$ 185.00
Total for River Road Over Elizabeth Warren Drain
Carmel Project No. 11 -07
$ 711,648.50
ALTERNATE BID #1
Prices in Figures
Contract
Estimated
Unit
Total Price
Item No.
Item
Unit
Price
For Item
1
Construction Engineering
1
LS
$1,500.00
$ 1,500.00
2
Third Party A>ency Testin:
1
LS
$1,500.00
$ 1,500.00
3
Maintainin = Traffic
1
LS
$5,000.00
$ 5,000.00
4
As shalt, Remove
62
SYS
$50.00
$ 3,100.00
Sign and Post, Remove and Re-
install
1
EACH
$250.00
$ 250.00
6
Excavation, Common
475
CYS
$12.50
$ 5,937.50
7
Linear Ditch Grading
732
LFT
$4.00
$ 2,928.00
8
Compacted Aggre:ate, 53, Base
240
TONS
$25.00
$ 6,000.00
9
Saw Cut, Asphalt
181
LFT
$5.00
$ 905.00
10
Accessible Ramp with Detectable
Warning Stri e
7
EACH
$700.00
$ 4,900.00
11
12 Inch White Thermoplastic Line
with Reflective Glass Beads
144
LFT
$1.99
$ 286.56
12
18 Inch White Thermoplastic Stop
Bar with Reflective Glass Beads
12
LFT
$6.10
$ 73.20
13
8 Inch Yellow Cross Hatch
l
LS
$850.00
$ 850.00
14
Concrete Sidewalk
90
SYS
$41.00
$ 3,690.00
15
Concrete Modified Roll Curb
54
LFT
$41.00
$ 2,214.00
16
HMA Bituminous Surface, Type
"C ", 9.5mm
40
TONS
$125.00
$ 5,000.00
17
HMA Bituminous, Intermediate,
Ty e "C', 19mm
115
TONS
$89.00
$ 10,235.00
18
Street Cut Re air
181
LFT
$100.00
$ 18,100.00
19
Depressed Curb
42
LFT
$37.00
$ 1,554.00
20
Curb Transition
84
LFT
$39.00
$ 3,276.00
21
Filter Fabric
470
SYS
$3.75
$ 1,762.50
22
Seed Mixture, R (170 lbs per acre)
50
LBS
$20.00
$ 1,000.00
23
Fertilizer
200
LBS
$0.20
$ 40.00
24
Re- spread To soil
1
LS
$2,500.00
$ 2,500.00
25
Erosion Control Blanket
525
SYS
$1.85
$ 971.25
26
Tem orary Inlet Protection
3
EACH
$200.00
$ 600.00
27
Temporary Silt Fence
800
LFT
$2.50
$ 2,000.00
28
Pipe, 12 Inch, RCP, Including
Backfill
8
LFT
$100.00
$ 800.00
29
Pipe, 6 Inch, Double Wall
Perforated HDPE
729
LFT
$7.50
$ 5,467.50
30
A mregate for Underdrains
65
CYS
$35.00
$ 2,275.00
31
4' Diameter Manhole with
Castilla
1
EACH
$2.000.00
$ 2,000.00
32
Snout
1
EACH
$500.00
$ 500.00
33
Construction Sign, T .e A
2
EACH
$125.00
$ 250.00
34
Construction Sign, T se C
2
EACH
$135.00
$ 270.00
35
School Advance Crossing
Assembly and Post
1
EACH
$185.00
$ 185.00
36
School Crossing Signage
Assembly and Post
2
EACH
$185.00
$ 370.00
Total for River Road Over Elizabeth Warren Drain
Carmel Project No. 11 -07
$ 98,290.51
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
D5c£4.8E2 4 wIt
2- paetABt_ It ZpiZ_
3 DEbuARgQ. f1 2017_
BID -8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 53 of this Part.
�.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non - responsive.
5.3 Exceptions:
BID-9
BR) PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelope.
Company
7-Nas Exceva
��� , iA c
Project Name:
#11-07 ?iver I vad Gviverf" over Liiz. 1Uarre1 b
Date Submitted:
Dec, j y ,2o1 Z
Base Bid
Amount:
4'7-64- � 49 5
A
1-. I 0k
cjr‘
Local Preference Law
I am claiming Local Preference (Circle One) YES NO
(All required documentation to be provided with bid proposal)
Ick
Form No.96 (Revised 2005)
BID OF
ATLAS EXCAVATING, INC.
4740 SWISHER ROAD
WEST LAFAYETTE, IN 47906
FOR
PUBLIC WORKS PROJECT
OF
City of Carmel IN
Project No 11 -07 River Road Culvert Replacement over Elizabeth Warren
Ditch
Filed: December 19, 2012
Action taken
Prescribed by State Board of Accounts
State Form 52412
Form No. 96 (Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK- FORM 96
PART I
(To be completed for all bids. Please type or print)
1. Governmental Unit: City of Carmel IN
2. County: Hamilton Co
3. Bidder (Firm): Atlas Excavating, Inc
Date: December 19, 2012
Address: 4740 Swisher Rd., Bldg. A
City /State: West Lafayette, In 47906
4. Telephone Number: 765-429-4800
5. Agent of Bidder Of applicable): NA
Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete
the public works project of City of Carmel IN prepared by Cripe Architects and Engineers dated
November 19 2012 for the sum of
•
es' II f lve, reJ .S� 1C -1 ✓VG I t^oott i- Q-` ski 1 pt/J.$ J "? lS 07 _
The under - signed further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as that shown in
the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of units
shall be shown on a separate attachment.
The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant
for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to
employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a
material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(if applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use
steel products made in the United States. I . 5- 16 -8 -2. I hereby certify that I and all subcontractors employed by me for this
project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of
contractual payments.
ACCEPTANCE
The above bid is accepted this day of , subject to the
following conditions:
Contracting Authority Members:
PART II
(For projects of $100,000 or more — IC 36- 1 -12 -4)
Governmental Unit
Bidder (Firm):
Date:
City of Carmel IN
Atlas Excavating, Inc.
December 19, 2012
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
1. What public works projects has your organization completed for the period of one (1) year prior to the
date of the current bid?
Contract Amount
Class of Work
When Completed
Name and Address of Owner
2,178,000
Sanitary
2011
Dana IN Gravity Sewer
328,429
Storm Drainage
2011
Lebanon IN Elm Swamp Road
249,800
Water
2011
West Lafayette KCB Water Improve
2,717,347
Sanitary
2011
Dahinda IL Sani Sewer by Dir Drill
2. What public works projects are now in process of construction by your organization?
Contract Amount
Class of Work
When to be
Completed
Name and Address of Owner
2,027,000
Sanitary
2012
West Lafayette Western Sani Div V
752,257
WW Treatment
2012
Chesterfield WW Treatment Plant
630,554
Storm
2012
Indianapolis Univ /Roberts Hall
639,513
Sanitary
2012
Lafayette IN Progress Drive
3. Have you ever failed to complete any work awarded to you? No If so, where and why?
4. List references from private firms for which you have performed work.
Rieth -Riley Construction- Tom Buck
Maddox Industrial- Jay Maddox
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you
could begin work, complete the project, number of workers, etc and any other information which you believe
would enable the governmental unit to consider your bid. As per Plans & Specifications
Please list the names and addresses of all subcontractors (i.e persons or firms outside your own firm who have
performed part of the work) that you have used on public works projects during the past five (5) years along with
a brief description of work done by each subcontractor.
See attachment to form 96 (rev 2005)
g If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to
be used by the subcontractor, and whether you require a bond. However, if you are unable to currently provide a
listing, please understand a listing must be provided prior to contract approval. Until the completion of the
proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event
that you subsequently determine that you will use a subcontractor on the proposed project. As per Plans and
Specifications
4.
5.
What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit. As per Plans and Specifications
Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed.
Yes
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement
as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the
governing body awarding the contract must be specific enough in detail so that said governing body can make a
proper determination of the bidder's capability for completing the project if awarded.
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name
e anal vnnr nmnonn n onto rloorlxr m ro
orlll rn +lnc ■ n n +c: A fa
..�..... .,... ...... vv..ayu . aauaaa.. ... �.w a aaaua aa�.0 via Lail. vut..,auv
the envelope.
cool
v'ua
Company:
Rieth -Riley Construction Co.,
Inc.
Project Name:
River Road Culvert
Warren Drain
Replacement
over
Elizabeth
Date Submitted:
December 19, 2012
Base Bid
Amount:
$777,831.00
Local Preference Law
I am claiming Local Preference (Circle One) ).ES
(All required documentation to be provided with bid proposal)
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall he utilised by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: Project No. 11 -07 —River Road Culvert Replacement over
Elizabeth Warren Drain
Proposal For Construction of :
Remove and Replace three sided culvert over Elizabeth
Warren Drain.
Date: December 19, 2012
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: Rieth —Riley Construction Co., Inc.
12 Bidder Address: Street Address: 1751 W. Minnesota Street
C;r';:Indianapolis State: 11N
46221
Phone: 317 - 634 -5561 Fax: 317 -631 -6423
1.3 Bidder is a /an [mark one]
Individual Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign cotporanon. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State oflndiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 1958.]
.1 Corporation Name:
2 Address:
.3 Date registered with State oflndiana:
4 Indiana Registered Agent:
Name:
Address:
BID -2
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus.
materials, equipment, service and other necessary supplies, and to perform and fulfill all
obligations incident thereto in strict accordance with and within the time(s) provided by the terms
and conditions of the Contract Documents for the above described Work and Project, including
and all addenda any a.,d a�� Udde iilcrciu, fvi die Unit Prices applicable to the Contract items as stated in Part 3
hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,
total: •
Seven hundred seventy -seven thousand
Base Bid: eight hundred thirty -one\: and 00/100 ' Dollars
(8 777,831.00 ).
One hundred thirteen thousand
Alternate Bid #1: three hundred twenty -four and 00 /100 Dollars
(S 113,324.00 ).
Voluntary Alternate: cast in place footings - $37,500.00
- thirty -seven thousand five hundred dollars
General
The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base
and selected Alternate Bids.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base
Bid alone, for the Base Bid plus Alternate Bid Hi.
The Bidder further acknowledges that the unit quantities listed in Pan 3 of this Proposal are
estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding.
The Bidder further understands that all Work which may result on the Contract shall be
compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not
guarantee the amount or quantity of any item of Work to be performed or furnished under the
Contract.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
(This part to be used only for bidding on
Unit Price Contracts for the Contract Items shown)
Project No. 11 -07; River Road Culvert Replacement over Elizabeth Warren Drain
BASE BID
BID -4
Prices in Figures
Contract
Item No.
Item
Estimated
Quantity
Unit
Unit Price
Total Price for
Item
1
Construction Engineering
1
LS
$ 2,500.00
$ 2,500.00
2
Mobilization and Demobilization
1
LS
$ 36,890.00
$ 36,890.00
3
Third Party Agency Testing
1
LS
$ 2,880.00
$ 2,880.00
4
Maintaining Traffic
1
LS
$ 1,700.00
$ 1,700.00
5
Con -Span Bridge System
1
LS
$ 309,820.00
$ 309,820.00
6
Precast Concrete Footing
1
LS
$ 107,161.00
$ 107,161.00
7
Cast -in -place Concrete Footing
1
LS
$ 63,906.00
$ 63,906.00
8
Dewatering
1
LS
$ 6,584.00
$ 6,584.00
9
Temporary Pumparound
1
EACH
$ 27,403.00
$ 27,403.00
10
Clearing Right of Way
1
LS
$ 1,000.00
$ 1,000.00
11
Guardrail, Remove
256
LFT
$ 8.00
$ 2,048.00
12
Existing Concrete Culvert and Associated Foundations,
Remove
1
LS
$ 11,830.00
$ 11,830.00
13
Riprap, Remove
1
LS
$ 7,636.00
$ 7,636.00
14
Asphalt, Remove
220
SYS
$ 7.00
$ 1,540.00
15
Tree and Vegetation, Remove
1
LS
$ 6,796.00
$ 6,796.00
16
Sign and Post, Remove
6
EACH
$ 60.00
$ 360.00
17
Sign and Post, Remove and Re- install
0
EACH
$ -
$
18
Excavation, Common
1350
CYS
$ 27.14
$ 36,639.00
19
Excavation, Waterway
550
CYS
$ 26.72
$ 14,696.00
20
Excavation, Foundation, Unclassified
650
CYS
$ 30.00
$ 19,500.00
21
Linear Ditch Grading
158
LFT
$ 6.00
$ 948.00
22
Compacted Aggregate, 53, Base
0
TONS
$ -
$ -
23
Saw Cut, Asphalt
68
LFT
$ 2.00
$ 136.00
24
Milling, Asphalt, 2 Inch
560
SYS
$ 8.95
$ 5,012.00
BID -4
25
HMA Bituminous Surface, Type "C ", 9.5 mm
80
TONS
$ 113.00
$ 9,040.00
26
HMA Bituminous, Intermediate, Type "C ", 19 mm
55
TONS
$ 112.00
$ 6,160.00
27
HMA Bituminous Base, Type "C ", 25 mm
75
TONS
$ 91.00
$ 6,825.00
28
Handrail
197
LFT
$ 170.00
$ 33,490.00
29
Filter Fabric
530
SYS
$ - 4.50
$ 2,385.00
30
Riprap, Class I
720
TONS
$ 37.00
$ 26,640.00
31
Seed Mixture, R (170 lbs per acre)
100
LBS
$ 20.00
$ 2,000.00
32
Fertilizer
300
LBS
$ 0.20
$ 60.00
33
Re- Spread Topsoil
1
LS
$ 5,859.00
$ 5,859.00
34
Erosion Control Blanket
2300
SYS
$ 1.85
$ 4,255.00
35
Concrete Washout
1
EACH
$ 823.00
$ 823.00
36
Temporary Ditch Inlet Protection
0
EACH
$ -
$ -
37
Temporary Silt Fence
475
LFT
$ 3.60
$ 1,710.00
38
Mobilization and Demobilization for Seeding
1
EACH
$ 500.00
$ 500.00
39
Bicycle and Diagonal Arrow Sign and Post
2
EACH
$ 210.00
$ 420.00
40
Construction Sign, Type A
8
EACH
$ 111.00
$ 888.00
41
Construction Sign, Type C
8
EACH
$ 225.00
$ 1,800.00
42
Standard Barricade, Type IIIA
100
LFT
$ 10.00
$ 1,000.00
43
Detour Route Marker Assembly
24
EACH
$ 109.00
$ 2,616.00
44
Road Closure Sign Assembly
8
EACH
$ 145.00
$ 1,160.00
45
4 Inch White Epoxy Line with Reflective Glass Beads
560
LFT
$ 2.00
$ 1,120.00
46
4 Inch Yellow Epoxy Line with Reflective Glass Beads
560
LFT
$ 2.00
$ 1,120.00
47
Left Curve Warning Sign and Post
1
EACH
$ 185.00
$ 185.00
48
End School Zone Sign and Post
1
EACH
$ 185.00
$ 185.00
49
Bicycle Warning Sign, Diagonal Arrow and Post
2
EACH
$ 210.00
$ 420.00
50
Bicycle Warning Sign and Post
1
EACH
$ 185.00
$ 185.00
Total for River Road Over Elizabeth Warren Drain
Carmel Project No. 11 -07
$ 777,831.00
BID
ALTERNATE BID 111
-
--
Prices in Figures
Contract
Item No.
Item
Estimated
Quantity Unit
Unit Price
Total Price for
Item
1
Construction Engineering
1
LS
$ 750.00
$ 750.00
2
Third Party Agency Testing
1
LS
$ 1,645.00
$ 1,645.00
3
Maintaining Traffic
1
LS
$ 13,286.00
$ 13,286.00
4
Asphalt, Remove
62
SYS
$ 31.00
$ 1,922.00
5
Sign and Post, Remove and Re- install
1
EACH
$ 100.00
$ 100.00
6
Excavation, Common
475
CYS
$ 29.00
$ 13,775.00
7
Linear Ditch Grading
732
LFT
$ 7.00
$ 5,124.00
8
Compacted Aggregate, 53, Base
240
TONS
$ 25.00
$ 6,000.00
9
Saw Cut, Asphalt
181
LFT
$ 2.00
$ 362.00
10
Accessible Ramp with Detectable Warning Stripe
7
EACH
$ 1,285.00
$ 8,995.00
11
12 Inch White Thermoplastic Line with Reflective Glass Be.
144
LFT
$ 6.00
$ 864.00
12
18 Inch White Thermoplastic Stop Bar with Reflective
Glass Beads
12
LFT
$ 11.00
$ 132.00
13
8 Inch Yellow Cross Hatch
1
LS
$ 1,288.00
$ 1,288.00
14
Concrete Sidewalk
90
SYS
$ 42.00
$ 3,780.00
15
Concrete Modified Roll Curb
54
LFT
$ 35.00
$ 1,890.00
16
HMA Bituminous Surface, Type "C", 9.5 mm
40
TONS
$ 174.00
$ 6,960.00
17
HMA Bituminous, Intermediate, Type "C" 9.5 mm
115
TONS
$ 110.00
$ 12,650.00
18
Street Cut Repair
181
LFT
$ 12.00
$ 2,172.00
19
Depressed Curb
42
LFT
$ 44.00
$ 1,848.00
20
Curb Transition
84
LFT
$ 38.00
$ 3,192.00
21
Filter Fabric
470
SYS
$ 0.50
$ 235.00
22
Seed Mixture, R (170 lbs per acre)
50
LBS
$ 20.00
$ 1,000.00
23
Fertilizer
200
LBS
$ 0.20
$ 40.00
24
Re- spread Topsoil
1
LS
$ 3,673.00
$ 3,673.00
25
Erosion Control Blanket
525
SYS
$ 2.00
$ 1,050.00
BID -6
26
Temporary Inlet Protection
3
EACH
$ 200.00
$ 600.00
27
Temporary Silt Fence
800
LFT
$ 3.60
$ 2,880.00
28
Pipe, 12 inch, RCP, Including Backfill
8
LFT
$ 107.00
$ 856.00
29
Pipe, 6 Inch, Double Wall Perforated HDPE
729
LFT
$ 11.00
$ 8,019.00
30
Aggregate for Underdrains
65
CYS
$ 50.00
$ 3,250.00
31
4' Diameter Manhole with Casting
1
EACH
$ 2,615.00
$ 2,615.00
32
Snout
1
EACH
$ 1,144.00
$ 1,144.00
33
Construction Sign, Type A
2
EACH
$ 111.00
$ 222.00
34
Construction Sign, Type C
2
EACH
$ 225.00
$ 450.00
35
School Advance Crossing Assembly and Post
1
EACH
$ 185.00
$ 185.00
36
School Crossing Signage Assembly and Post
2
EACH
$ 185.00
$ 370.00
Total for River Road Over Elizabeth Warren Drain
Carmel Project No. 11 -07
$ 113,324.00
BID -7
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the teams and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1 12 -4 -12
2 12 -12 -12
3 12 -17 -12
BID -8
PART 5
EXCEPTIONS
Instructions To Bidders:
51 The Bidder shall Ally stale each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5. Bidder is cautioned that any exception taken by Bidder and deemed by OftNER to he a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non - responsive.
Exceptions:
None
BLD-9
BID PROPOSAL SUMMARY PAGE
Complete the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelope.
Company:
Hoosier Pride Excavating, Inc.
Project Name:
River Road Culvert Replacement
Date Submitted:
12/19/2012
Base Bid
Amount
$873,167.40
Local Preference Law
I am claiming Local Preference (Circle One)
(All required documentation to be provided with bid proposal)
BIDDER'S ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall he fully and accurately filled in and completed and notarized.
Project: Project No. 11 -07 -River Road Culvert Replacement over
Elizabeth Warren Drain
Proposal For Construction of :
Remove and Replace three sided culvert over Elizabeth
Warren Drain.
Date: December 19, 2012
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -I
PART I
BIDDER INFORMATION
Print
1.1 Bidder Name: Hoosier Pride Excavating, Inc
1.2 Bidder Address: Street Address: 9150 N. Prairie Road
City: Springport State: Indiana Zip: 47386
Phone: (765) 533-2010 Fax: (765) 533-2142
1.3 Bidder is a /an [mark one]
Individual Partnership X Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion #2, dated January 23, 19581
.1 Corporation Name:
.2 Address:
.3 Date registered with State of Indiana:
.4 Indiana Registered Agent:
Name:
Address:
BID -2
2.1
PART 2
BID PROPOSAL
Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus,
materials, equipment, service and other necessary supplies, and to perform and fulfill all
obligations incident thereto in strict accordance with and within the time(s) provided by the terms
and conditions of the Contract Documents for the above described Work and Project, including
any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3
hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items,
total:
Eight- Hundred - Seventy- Three - Thousand - One - Hundred-
Base Bid: Sixty- Seven - and - 40/100 Dollars
($ 873,167.40
One- Hundred - Seventy- Six - Thousand - Six - Hundred-
Alternate Bid #1: Twenty- Seven - and - 99/100
($ 176,627.99 ).
2.2 General
Dollars
The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base
and selected Alternate Bids.
The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base
Bid alone, for the Base Bid plus Alternate Bid # I.
The Bidder further acknowledges that the unit quantities listed in Part 3 of this Proposal are
estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed
as exact or binding.
The Bidder further understands that all Work which may result on the Contract shall be
compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not
guarantee the amount or quantity of any item of Work to be performed or furnished under the
Contract.
BID -3
PART 3
CONTRACT ITEMS AND UNIT PRICES
[This Part to be used only for Bidding on
Unit Price Contracts for the Contract Items shown]
Project No. 11 -07 - River Road Culvert Replacement Over Elizabeth Warren Drain
BASE BID
Prices in Fi -lures
Contract
Estimated
Unit
Total Price
Item No.
Item
Unit
Price
For Item
1
Construction Engineering
1
LS
$ 7,500.00
$ 7,500.00
2
Mobilization and Demobilization
I
LS
$ 41,000.00
$ 41,000.00
3
Third Pa A -lenc Testis_
I
LS
$ 7,000.00
$ 7,000.00
4
Maintainin -1 Traffic
I
LS
$ 5,000.00
$ 5,000.00
5
Con -S.an Brid e S 'stem
1
LS
$ 271,900.00
$ 271,900.00
6
Precast Concrete Footin
I
LS
$ 198,850.00
$ 198,850.00
7
Cast -in - .lace Concrete Footin_
I
LS
$ 15,000.00
$ 15,000.00
8
Dewaterino
1
LS
S 45,000.00
$ 45,000.00
9
Tem.ora Pum around
I
EACH
$ 12,000.00
$ 12,000.00
10
Clearin Ri ht of Way
I
LS
$ 27,000.00
$ 27,000.00
11
Guardrail, Remove
256
LFT
$ 10.50
$ 2,688.00
12
Existing Concrete Culvert and
Associated Foundations, Remove
1
LS
$ 32,000.00
$ 32,000.00
13
Ri.ra., Remove
I
LS
$ 6,500.00
$ 6,500.00
14
As shalt, Remove
220
SYS
$ 10.00
$ 2,200.00
15
Tree and Ve *etation, Remove
I
LS
$ 12,500.00
$ 12,500.00
16
Sinn and Post, Remove
6
EACH
$ 50.00
$ 300.00
17
17
Sign and Post, Remove and Re -
install
EACH
$ 125.00
$
18
Excavation, Common
1350
CYS
$ 19.00
$ 25,650.00
19
Excavation, Waterwa •
550
CYS
$ 20.00
$ 11,000.00
20
Excavation '
Unclassified
650
CYS
$ 18.00
$ 1 1,700.00
21
Linear Ditch Gradin.
158
LFT
$ 25.00
$ 3,950.00
22
Corn .acted A • e• ate, 53, Base
0
TONS
$ 28.00
$ -
23
Saw Cut, As. halt
68
LFT
$ 8.00
$ 544.00
24
Millin_, As@halt, 2 Inch
560
SYS
$ 10.58
$ 5,924.80
25
HMA Bituminous Surface, Type
"C ", 9.5mm
80
TONS
$ 126.26
$ 10,100.80
26
HMA Bituminous, Intermediate,
"F '.e "C ", 19mm
55
TONS
$ 12105
$ 6,767.75
27
HMA Bituminous Base, Type
"C ", 25mm
75
TONS
$ 120.90
$ 9,067.50
28
Handrail
197
LFT
$ 181.90
$ 35,834.30
29
Filter Fabric
530
SYS
$ 3.25
$ 1,722.50
30
Ri.ra., Class I
720
TONS
$ 48.00
$ 34,560.00
31
Seed Mixture, R (170 lbs ser acre)
100
LBS
$ 35.00
$ 3,500.00
32
Fertilizer
300
LBS
$ 1.10
$ 330.00
33
Re- s.read To.soil
I
LS
$ 4,800.00
$ 4,800.00
34
Erosion Control Blanket
2300
SYS
$ 2.75
$ 6,325.00
35
Concrete Washout
I
EACH
$ 500.00
$ 500.00
36
Tem.orary Ditch Inlet Protection
0
EACH
$ 400.00
$ -
37
Tem.ora Silt Fence
475
LFT
$ 2.75
$ 1,306.25
38
Mobilization and Demobilization
for Seeding
I
EACH
$ 600.00
$ 600.00
39
Bicycle and Diagonal Arrow Sign
and Post
2
EACH
$ 231.00
$ 462.00
40
Construction Si , T .e A
8
EACH
$ 125.00
$ 1,000.00
41
Construction Sian, T .e C
8
EACH
$ 250.00
$ 2,000.00
42
Standard Barricade, T .e IIIA
100
LFT
$ 15.00
$ 1,500.00
43
Detour Route Marker Assembl '
24
EACH
$ 120.00
$ 2,880.00
44
Road Closure Si_ i Assembl
8
EACH
$ 160.00
$ 1,280.00
45
4 Inch White Epoxy Line with
Reflective Glass Beads
560
LFT
$ 2.10
$ 1,176.00
46
4 Inch Yellow Epoxy Line with
Reflective Glass Beads
560
LFT
$ 2.10
$ 1,176.00
47
Left Curve Wamin_ Sign and Post
I
EACH
$ 203.50
$ 203.50
48
End School Zone Sign and Post
I
EACH
$ 203.50
$ 203.50
49
Bicycle Warning Sign, Diagonal
Arrow and Post
2
EACH
$ 231.00
$ 462.00
50
Bicycle Warning Si In and Post
I
EACH
$ 203.50
$ 203.50
Total for River Road Over Elizabeth Warren Drain_
Carmel Pro ect No. 11 -07
$ 873,167.40
ALTERNATE BID #1
Prices in Figures
Contract
Estimated
Unit
Total Price
Item No.
Item
Unit
Price
For Item
I
Construction Engineering
I
LS
$ 5,000.00
$ 5,000.00
2
Third Party Agenc Testin_
I
LS
$ 4,500.00
$ 4,500.00
3
Maintainin ' Traffic
1
LS
$ 6,500.00
$ 6,500.00
4
As•halt, Remove
62
SYS
$ 12.00
$ 744.00
5
5
Sign and Post, Remove and Re-
install
EACH
$ 120.00
$ 120.00
6
Excavation, Common
475
CYS
$ 33.00
$ 15,675.00
7
Linear Ditch Gradin_
732
LFT
$ 40.00
$ 29,280.00
8
Com'acted Ag:re ate, 53, Base
240
TONS
$ 28.00
$ 6,720.00
9
Saw Cut, As shalt
181
LFT
$ 12.00
$ 2,172.00
10
Accessible Ramp with Detectable
Warning Stri e
7
EACH
$ 1,500.00
$ 10,500.00
1 I
12 Inch White Thermoplastic Line
with Reflective Glass Beads
144
LFT
$ 6.16
$ 887.04
12
18 Inch White Thermoplastic Stop
Bar with Reflective Glass Beads
12
LFT
$ 12.10
$ 145.20
13
8 Inch Yellow Cross Hatch
I
LS
$ 1,450.00
$ 1,450.00
14
Concrete Sidewalk
90
SYS
$ 85.00
$ 7,650.00
15
Concrete Modified Roll Curb
54
LFT
$ 85.00
$ 4,590.00
16
HMA Bituminous Surface, Type
"C ", 9.5mm
40
TONS
$ 144.00
$ 5,760.00
17
HMA Bituminous, Intermediate,
Tv se "C ", 19mm
115
TONS
$ 102.00
$ 1 1,730.00
18
Street Cut Re lair
181
LFT
$ 85.00
$ 15,385.00
19
De I ressed Curb
42
LFT
$ 65.00
$ 2,730.00
20
Curb Transition
84
LFT
$ 68.25
$ 5,733.00
21
Filter Fabric
470
SYS
$ 3.25
$ 1,527.50
22
Seed Mixture, R (170 lbs er acre)
50
LBS
$ 25.00
$ 1,250.00
23
Fertilizer
200
LBS
$ 0.40
$ 80.00
24
Re -s read To. soil
1
LS
$ 15,000.00
$ 15,000.00
25
Erosion Control Blanket
525
SYS
$ 2.05
$ 1,076.25
26
Tem.ora Inlet Protection
3
EACH
$ 220.00
$ 660.00
27
Tem•ora Silt Fence
800
LFT
$ 2.75
$ 2,200.00
28
Pipe, 12 Inch, RCP, Including
Backfill
8
LFT
$ 80.00
$ 640.00
29
Pipe, 6 Inch, Double Wall
Perforated FIDPE
729
LFT
$ 12.00
$ 8,748.00
30
A e ate for Underdrains
65
CYS
$ 40.00
$ 2,600.00
31
4' Diameter Manhole with Castin:
I
EACH
$ 3,500.00
$ 3,500.00
32
Snout
1
EACH
$ 500.00
$ 500.00
33
Construction Sign, T .e A
2
EACH
$ 175.00
$ 350.00
34
Construction Si_ i, T '.e C
2
EACH
$ 275.00
$ 550.00
35
School Advance Crossing
Assembl and Post
I
EACH
$ 225.00
$ 225.00
36
School Crossing Signage
Assembl and Post
2
EACH
$ 225.00
$ 450.00
Total for River Road Over Elizabeth Warren Drain S 176,627.99
Carmel Pro ect No. 11 -07
PART 4
CONTRACT DOCUMENTS AND ADDENDA
4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
4.2 The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER DATE
1
2
3
BID -8
December 4, 2012
December 12, 2012
December 17, 2012
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Contract Documents may result
in this Bid being rejected as non - responsive.
5.3 Exceptions:
NONE.
BID -9
State Form 52414
Prescribed by Slate Board of Accounts Form No. 96 (Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
PART I
(To be completed for all bids. Please type or print)
Date: December 19, 2012
1. Governmental Unit (Owner): Carmel Board of Public Works and Safety
2. County : Hamilton
3. Bidder (Firm): Hoosier Pride Excavating, Inc.
Address: 9150 N. Prairie Road
City /State: Springport, IN 47386
4. Telephone Number (765) 533 -2010
5. Agent of Bidder Of applicable): N/A
Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete
the public works project of Board of Public Works and Safety for the City of Carmel
(Governmental Unit) in accordance with plans and specifications prepared by Cripe Architects +Engineers
and dated 11/19/2012
Eight- Hundred - Seventy- Three - Thousand - One - Hundred-
Sixty - Seven - Dollars and 40/100
$ 873,167.40
for the sum of
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit
basis, the itemization of the units shall be shown on a separate attachment.
The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States (I.C. 5- 16 -8 -2). I hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I
understand that violations hereunder may result in forfeiture of contractual payments.
ACCEPTANCE
The above bid is accepted this day of subject to the
following conditions:
Contracting Authority Members:
PART II
(For projects of $100,000 or more — IC 36 -1 -12-4)
Governmental Unit
Bidder (Firm)
Date:
Board of Public Works and Safety
Hoosier Pride Excavating, Inc.
December 19, 2012
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
What public works projects has your organization completed for the period of one (1) year prior to the
date of the current bid?
Contract Amount
Class of Work
Completion
Date
Name and Address of Owner
$401,976
Bridge Const.
11/30/2012
Wayne County Commissioners
$1,097,986
Bridge Const.
11/30/2012
City of Noblesville, IN
$314,427
Pedestrian Bridge
8/7/2012
Town of Fishers, IN
$281,677
Bridge Const.
6/25/2012
Hancock County Commissioners
2. What public works projects are now in process of construction by your organization?
Contract Amount
Class of Work
Expected
Completion
Date
Name and Address of Owner
$52,860
Bridge Const.
12/15/2012
Randolph County Highway
Open Contract
Maintenance
Open Contract
Hancock County Commissioners
Open Contract
Maintenance
Open Contract
Henry County Commissioners
3. Have you ever failed to complete any work awarded to you? No. If so, where and why?
4. List references from private firms for which you have performed work.
None in the past year.
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.)
Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the bidder's capability for completing the project if awarded.